Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2009 FBO #2697
SOLICITATION NOTICE

D -- Centralized access system (cac) for new construction, located Pearl Harbor, HI.

Notice Date
4/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Jacksonvile, Pensacola Detachment, N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883609T0118
 
Response Due
4/27/2009
 
Archive Date
5/27/2009
 
Point of Contact
Linda F. Nelson 904-542-1077<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-09-T- 0118 applies and is issued as a Request for Quotation. This procurement is set aside for small business purposes. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 561621 and the business size standard is $11.5 m, Fleet Contracting Center, plans to procure the following: Installation of Hardware and software for centralized access system for Pearl Harbor, HI, plus 3 yr maintenance agreement. STATEMENT OF WORK Procurement and Installation of Central Access Code System for EPMU-6 Pearl Harbor, Hawaii This proposal is for the acquisition, delivery, and installation of CAC system that will operate to the dedicated access control network at the EPMU-6, Pearl Harbor Hawaii. General Information Installation of the central access system will be coordinated with the Health Facilities Planning and Project Officer (HFPPO). Please contact upon arrival to the installation site. a. The anticipated date for the installation of the central access system is April 2009. b. The Contractor shall be responsible for field verification before any items are ordered. It is the responsibility of the contractor to ensure all equipment accommodates the actual code to the doors. The government will not accept any product that does not conform to this standard. c. The contractor shall meet with the HFPPO and end user department representative during field verification. Final approval will be made by the Navy HFPPO. This does not alleviate the contractor's responsibility to ensure the equipment accommodates the central access system to operate the dedicated control network of the new building of EPMU-6. Installation information The final schedule is to be determined at the Navy's sole discretion. There shall be no cost to the government as a result of schedule changes as long as the contractor is given 30 days notice. A detailed flexible work schedule shall be established jointly by both parties to conform to the government project timeline. The contracting company shall have a Project Manager on site at all times during installation to resolve any conflicts and answer all questions. a. The contractor shall provide all manpower, equipment to accomplish the installation of the central access system that will operate directly to network as designated by the government. b. The contractor shall perform all the services required to properly install central access system per the manufacturer's specifications to include all electrical connections. A complete and usable product is expected at the completion of the installation.c. The contractor shall furnish sufficient tools to perform the appropriate installations. d. If necessary, the Contractor shall provide all required material to install the Central Access Code system. The Government reserves the right to have its representative witness and inspect equipment before, during, and after installation. e. The Contractor shall implement and use a quality control program to ensure the equipment installation is performed appropriately. The QC program shall include an inspection system covering the requirements of the installation. At the completion of the install, the Government will perform an acceptance inspection. The Contractor shall remedy discrepancy items that result from improper installation and shall make the appropriate contacts to remedy manufacturer's discrepancies. Character of Work and Workforce a. The work shall conform in all respects with the requirements of the contract. b. Uncivil behavior, possession of firearms, failure to follow OSHA guidelines, drug or alcohol use will not be tolerated. c. The Government reserves the right to require the removal of any particular worker from the job at its sole discretion. Contractor personnel are subject to criminal background/records checks prior to accessing the Government facility/compound.d. All Contractor personnel shall abide by EPMU-6 rules, and regulations while onboard. These rules include: no smoking or tobacco use unless in a designated smoking area, no food or beverages except in authorized areas, maintain minimal noise levels, and allowing corridor access to non-move personnel/patients/carts. e. Work performed by the contractor shall be during normal working hours of 0700 and 1600 unless alternate arrangements have been made with the Navy HFPPO. Additional Information a. At the completion of work and before acceptance, the contractor shall remove all installation-related rubbish and equipment including cartons, packing materials, tools, etc. They shall restore and replace, in a suitable manner, all property both public and private that has been damaged or removed in the performance of this SOW. c. The Government, without invalidating the Contract, reserves the right to make any addition, deletion, or change in the work or equipment called for in the contract without notice. d. Changes, which involve any difference in Contract price, will not be made except with a written order from the Government either increasing or decreasing the contract price. e. The contractor shall provide a list of individuals that will be conducting work onboard Environmental and Preventive Medicine Unit 6. The list needs to include name, SSN#, date of birth, and place of birth. This information will be provided to the base security office in order to obtain temporary construction badges. This list needs to be provided to the HFFPO 30 days prior to the commencement of work. 02. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: "additionally, the Government will accept the contractor's commercial warranty." Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and! Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company let! terhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M, April 27, 2009. Quotations must be in writing and may be faxed or mailed to the following. Attn Linda F. Nelson, Fleet Contracting Center, FISC JAX BLDG 110, Box 97, Naval Station Jacksonville FL, 32212. Fax 904-542-1111 Telephone 904-542-1077.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c720c5c675fd7183da465e52235d3853&tab=core&_cview=1)
 
Place of Performance
Address: Pearl Harbor, , HI<br />
Zip Code: 96860<br />
 
Record
SN01791596-W 20090415/090413220412-adc1ce15a3930bafb9aec33e867b25c2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.